SOLICITATION NOTICE
81 -- TENT CONTAINERS, HEAVY DUTY, FORKLIFT MOVABLE.
- Notice Date
- 8/8/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332439
— Other Metal Container Manufacturing
- Contracting Office
- 179 AW/MSC, 1947 Harrington Memorial Road, Mansfield, OH 44837-0179
- ZIP Code
- 44837-0179
- Solicitation Number
- F7RG021199A06
- Response Due
- 8/16/2011
- Archive Date
- 10/15/2011
- Point of Contact
- gordon.strom1, 419-520-6390
- E-Mail Address
-
179 AW/MSC
(gordon.strom@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation F7RG021199A006 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This solicitation is set-aside 100 percent for Small Business. The NAICS code that applies is 332439 and business size is 500. This action will result in a FFP purchase order, utilizing simplified acquisition procedures under Full and Open competition. This requirement is for the following: Tent Containers, Heavy Duty, size: 41 inches x 102 inches x 51 inches, estimated empty weight - 315 pounds, Removable Lid, 3 Breather Valves, Two (2) Forklift Pockets on long side, Drain Plug, Color - Tan. Quantity of Forty (40). Suggested Source: Alaska Structures, part number: AK-SSS-CONT-2 Requirement is for BRAND NAME OR EQUAL; all "or Equal" proposals must be sent with detailed specifications that show proposed product meets or exceeds suggested source product. Shipping address for these items is: 200th Red Horse Squadron, 1200 N Camp Perry East Rd, Port Clinton, Ohio 43452. Please include any applicable freight charges in total estimated cost. The following shall be used to evaluate offers: price and cost to the Government; whether product meets or exceeds suggested source product. The Government will make award to the offer that is most advantageous to the Government. The following provisions are included in this acquisition: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial (Nov 2007), FAR 52.212-2, Evaluation - Commercial Item s (Jan 1999); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2007) Alternate I (Apr 2002); DFAR 252.225-7000, Buy American Act and Balance of Payments Certificate. A completed signed copy of the provision FAR 52.212-3 shall be submitted with any quotation (unless your company has filled out reps and certs information in ORCA). The following clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration (Jul 2006); FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2008); FAR 52.222-50, Combating Trafficking of Persons (Feb 2008); FAR 52.247-34, FOB Destination; and FAR 52.252-2, Clauses Incorporated by Reference (Feb 1988). Within FAR 52.212-5, the following clauses apply: 52.219-6, Notice of Total Small Business Set-aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim. The following DFARS clauses also apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Informer Employees of Whistleblower Rights; 252.204-7004 Alt A, Required Central Contractor Registration Alternate A (Nov 2003); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007); 252.232-7003, Electronic Submission of Payment Requests (Mar 2007); 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; and 252.243-7023, Notification of Sea Transportation (Mar 2002) Altern ate III (May 2002). For more information regarding this solicitation please contact TSgt Gordon Strom @ 419-520-6390. All offers are due by 12:00pm (EDST), 16 Aug 2011, by: facsimile 419-520-6391; email (preferred method): gordon.strom@.ang.af.mil, or by mail/hand-carried to: 179AW, Contracting Office, Attn: Gordon Strom, 1947 Harrington Memorial Road, Mansfield, Ohio 44903-8049.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA33-3/F7RG021199A06/listing.html)
- Place of Performance
- Address: 179 AW/MSC 1947 Harrington Memorial Road, Mansfield OH
- Zip Code: 44903-8049
- Zip Code: 44903-8049
- Record
- SN02525389-W 20110810/110808235143-e543d33c0328bdd1bfb2b740ca2f2d01 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |